Company Name: Address: City:,MD Zip Code: Telephone Number: Address: ALL BIDS ARE DUE NO LATER THAN 2:00 P.M.

Size: px
Start display at page:

Download "Company Name: Address: City:,MD Zip Code: Telephone Number: Address: ALL BIDS ARE DUE NO LATER THAN 2:00 P.M."

Transcription

1 RETURN BID TO: THE UNIVERSITY OF MARYLAND BALTIMORE COUNTY DEPARTMENT OF PROCUREMENT 1000 HILLTOP CIRCLE, ROOMM 301, ADMINISTRATION BUILDING BALTIMORE, MD REQUEST TO BID No. BC P Delores R. Pertee: AUTOCLAVE PURCHASE FOR THE COLUMBUS CENTER THIS IS NOT AN ORDER If address shown here is not address to which an order should be directed indicate such address. Company Name: Address: City:,MD Zip Code: Telephone Number: Address: ALL BIDS ARE DUE NO LATER THAN 2:00 P.M. DATE The UMBC Campus is closed for Spring Break THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON: 03/13/13 Mon., March 18, 2013 through Wed., March 20, 2013 TUESDAY, APRIL 9, 2013 Item PLEASE ENTER HEREON YOUR BID ON THE FOLLOWING DESCRIBED ARTICLES OR SERVICES QUANTITY UNIT PRICE TOTAL No. The University of Maryland Baltimore County (UMBC) is seeking a contract to purchase a new steam Autoclave for The Columbus Center, located in downtown Baltimore per the attached specifications. A Pre-Bid Meeting will be held on Monday, March 25, 2013 at 10:00 a.m. at The Columbus Center. In event of this bid being accepted, a purchase order will be issues. This solicitation is subject to all terms and conditions contained herein (see attached pages 2 & 3) Vendor Bid No. (If any) The deadline date for questions is Monday, April 1, 2013 by 4:00 p.m. Questions are to be submitted in writing and directed to Delores Pertee via fax at or at dpertee@umbc.edu. Complete this Bid Cover Page and fax it to the attention of Delores Pertee at by 2:00 p.m. on Tuesday, April 9, (Late Bids cannot be accepted.) UMBC s attached Purchase Order Terms & Conditions and Mandatory Bid Terms & Conditions apply to this Bid. Water Conservation Kit $ (If applicable do not add cost to the Lump Sum Cost below show as a separate cost) TOTAL LUMP SUM COST $ (Includes purchase, delivery, installation and training on new unit, and removal and disposal of old unit) TOTAL $ THIS SPACE TO BE FILLED IN BY BIDDER Shipment will be made in days from receipt of order F.O.B. Material is F.O.B. Receiving Platform, University of Maryland, 1000 Hilltop Circle, Baltimore, MD 21250, unless otherwise stated. (SIGNED) (DATE) (PRINT OR TYPE NAME) (TITLE) TERMS: NET 30 UNLESS OTHERWISE STATED. All bids submitted must be reviewed and signed by an authorized officer or agent of the firm submitting the bid and are to be returned on these forms. (VENDOR S FEDERAL IDENTIFICATION NO.) (PHONE NO.) DO NOT WRITE IN THIS SPACE

2 Page 1 UMBC is seeking a new steam autoclave for the Columbus Center, located in downtown Baltimore, Maryland to sterilize lab waste, media, utensils, and for other general lab use as required. I. CONTRACTOR REQUIREMENTS A. Equipment and Parts must be new. No used or refurbished equipment will be considered. B. It is the sole responsibility of the bidder to ensure that doorways, loading dock access, and pathways to the installation site are suitable and accessible for the installation. C. The successful contractor is required to visit the site to familiarize themselves with 1) access to the building, 2) location of the utilities with respect to the installation site and 3) the area in which the unit is to be installed. This opportunity is being provided at the Pre-Bid Meeting being held on Monday, March 25, 2013 (see details below). D. Insurance Requirements: The Successful Contractor shall secure, pay the premiums for, and keep in force for the life of this Contract, and any renewal thereof, adequate insurance as provided below, to specifically include liability assumed by the Contractor under this Contract. i. Commercial General Liability Insurance including all extensions: $1,000,000 each occurrence; $1,000,000 personal injury; $1,000,000 products/completed operations; $2,000,000 general aggregated ii. Workmen s Compensation Insurance and Unemployment Insurance as required by the laws of the State of Maryland. iii. Contractor s bodily injury liability insurance, with limits of not less than $500,000 for each person and $1,000,000 for each accident. iv. Property damage liability insurance with a limit of not less than $1,000,000 for each accident. v. Automobile bodily injury liability insurance with limits of not less than $1,000,000 for each person and $1,000,000 for each accident and property damage liability insurance, with a limit of not less than $1,000,000 for each accident. II. AUTOCLAVE SPECIFICATIONS A. Medium pressure (~50 pounds) house steam, 120v electric service, cold domestic water and floor drain are already roughed in. The firm that is awarded the contract must insure that their proposed equipment is compatible with the existing utilities. B. The final utility connections to the new sterilizers are to be provided by the successful contractor. The UMBC Facilities Management will be responsible for proper utility disconnects. C. The pressure vessels must meet ASME code section VIII, Division 1, standards. D. The jacket shall be constructed from steel or 316L stainless steel and shall completely envelope the entire width and length of the chamber. The jacket s design, construction and material shall conform to the ASME code Section VIII Division 1 and be stamped to withstand working pressure of 60 PSI.

3 E. The vessel jacket shall be insulated. Page 2 F. The vessel jacket shall provide a pressure relief valve (PRV). The PRV shall be piped in a safe manner that eliminates inadvertent exposure of personnel to a steam release. The PRV shall be set at a value that protects the jacket from over pressure or exceeding the pressure rating of the jacket. The PRV is a critical component and must be manufactured from a reliable source and covered by warranty by the contractor. G. The chambers shall be fabricated of type 316L stainless steel. The chambers shall be polished. All welds must be ground smooth. H. All wetted piping on the product side shall be constructed from brass, bronze and copper brass solenoids and fittings I. A chamber drain strainer shall be required. J. Must be UL approved. K. Must meet AAMI/ANSI8. L. The Autoclave shall be steam jacketed and use house (building) steam only. No separate steam generator shall be required for operation of the autoclave. M. The Autoclave shall be of prevacuum design. The following cycles shall be preconfigured and installed: i. Gravity: A gravity cycle shall displace the air in the chamber with pressurized steam. This cycle shall be used mainly for unwrapped goods. The operator may select a sterilization temperature anywhere between 212 F (100 C) and 270 F (133 C) as well as the sterilization time and dry time. ii. Liquids: A liquids cycle allows vented liquid goods to be sterilized while preventing boil-over. The rate of exhaust shall be adjustable through the controller. The autoclave shall also be equipped with an automatic jacket blow-down. The controller shall have the ability to automatically release jacket steam pressure. The exhaust rate shall be adjustable through the controller. iii. Post-Vacuum: Upon exhaust of dry goods, a gravity cycle shall have the ability to draw a vacuum to substantially decrease dry time. iv. Vacuum Leak Test v. Bowie-Dick test N. The Autoclave shall not require compressed air or steam to operate valves or door gasket. Gasket shall be of standard crush design and mounted on the door, and valves shall be electrically operated. O. The Autoclave shall be of a free-standing, single door design. Door shall be hinged on the left side and open outward and to the left. P. Autoclave shall be outfitted with removable side panels constructed of 304L or 316L stainless steel.

4 Page 3 Q. The autoclave chamber shall be constructed of 316L stainless steel. R. Chamber measurements shall be 24 wide x 36 high x 48 deep. S. The sterilizer shall be fitted with adjustable leveling legs. The base of the leveling legs shall provide a flat surface that adjusts to floor pitch. Legs must be capable of fastening to the floor. The adjustable legs must be secured to maintain level. T. Pressure Vessel shall be warranted against failure for a minimum of fifteen (15) years. All other parts, excluding consumables shall carry a minimum two year warranty, including labor. Warranty shall commence on the installation date. U. The Autoclave shall be outfitted with a removable/replaceable steam strainer to filter out debris from the house steam line. V. The Autoclave shall have visible pressure gauges mounted on the front of the autoclave indicating both chamber and jacket pressures. W. The Autoclave shall include a cooler mechanism to reduce discharge water temperature to 140 degrees Fahrenheit or less. X. The Autoclave shall be fully programmable and capable of using access codes to prevent unauthorized cycle changes. The control system shall utilize an included internal backup battery to prevent loss of cycle data for a minimum of one week. Y. The Autoclave shall have a thermal or impact style printer which records temperature, pressure, alarms and other general operating cycle information. Z. All steam service lines shall be insulated with fiberglass insulation of one-inch thick, at minimum. III. PRICING A. The Bidder must provide pricing on the most current sterilizer product line available, and the equipment must be manufactured within a 6-month period of the contract award date. B. The price shall include the cost of the autoclave, shipping it to zip code 21202, rigging/moving to laboratory room 4095, all installation, startup, and user training. Price shall also include removal and offsite disposal of the old autoclave currently at the installation site (Amsco 3021-S). The removal will basically consist of tearing the old unit apart and disposing of it, and may take the contractor a day to complete. C. The Bidder shall include a separate price and specifications for a water conservation kit, if one is not included with the unit. D. The Autoclave chamber shall include shelf brackets/guides and two shelves shall be included in the purchase price.

5 Page 4 IV. ADDITIONAL INFORMATION: A. Campus Holiday: The University is closed for Spring Break from Monday, March 18, 2013 through Wednesday, March 20, B. Payment and Invoicing: i. A UMBC Contract and Purchase Order will be issued to the successful contractor. ii. The Purchase Order Number should be noted on each invoice and invoices must be submitted directly to the Accounts Payable Office. iii. Invoices are paid within 30 days of receipt of invoice, following the completion of the installation and training. iv. Invoices will be paid only for services provided per the contract and prices, unless prior approval for a change order was approved in writing by The Columbus Center. C. Contract Term: This contract is for a single purchase and installation of a new steam Autoclave at The Columbus Center. The successful contractor shall begin work immediately on this project upon contract award, which is anticipated to be in mid-april, D. Facility Access i. The contractor should plan on coming to The Columbus Center location between the hours of Monday through Friday, 8:00 a.m. 4:00 p.m. to install the autoclave. ii. Access to the building during the evenings, weekends and university holidays is granted only by special arrangements with the Facilities Management of The Columbus Center. E. Pre-Bid Meeting A Pre-Bid meeting will be held on Monday, March 25, 2013 at 10:00 a.m. at the Columbus Center, 701 E. Pratt Street, Baltimore, MD in the Main Lobby. A site tour of the area covered under this contract will be conducted following the meeting. This will provide the bidders an opportunity to see the installation site, the loading dock area, doorway sizes and take measurements to determine the best way to bring in the new unit, as well as remove the old unit. Information presented at the Pre-Bid Meeting may be very informative; therefore, all interested vendors are encouraged to attend in order to be able to better prepare acceptable proposals. If your firm plans to send representatives, please call the issuing office by Friday, March 22, F. Deadline for Questions The deadline date for questions is Monday, April 1, 2013 by 4:00 p.m. Questions must be submitted in writing to the attention of Delores Pertee via fax at or at Dpertee@umbc.edu.

6 Page 5 G. Bid Due Date Bids are due via fax to the attention of Delores Pertee at by 2:00 p.m. on Tuesday, April 9, Late bids cannot be accepted. H. Award The contract will be awarded to the responsive firm with the lowest Total Lump Sum Cost.

7 UNIVERSITY OF MARYLAND, BALTIMORE COUNTY PURCHASE ORDER TERMS & CONDITIONS 1. A separate invoice in TRIPLICATE for this purchase for each shipment thereon shall be rendered immediately following shipment. All copies of invoices must be forwarded directly to the University of Maryland, Baltimore County, Accounts Payable Department, Administration Building, 1000 Hilltop Circle, Baltimore, MD The vendor s/contractor s Federal Identification Number or Social Security Number must be included on each invoice. Questions concerning invoices should be referred to (410) This purchase order number must be shown on all related invoices, delivery memoranda, bills of lading, packages, and/or correspondence. FAILURE TO COMPLY WITH THESE TERMS WILL RESULT IN THE INVOICE BEING RETURNED TO YOU OR SHIPMENTS BEING REJECTED. 4. Tax Exemption The State is generally exempt from Federal excise taxes, Maryland sales and use taxes, District of Columbia sales taxes, and transportation taxes. Exemption of certificates shall be completed upon request. Where a contractor is required to furnish and install material in the construction or improvement of real property in performance of a contract, the Contractor shall pay the Maryland Sales Tax and the exemption does not apply. NOTE: THE UNIVERSITY OF MARYLAND IS EXEMPT FROM THE FOLLOWING TAXES: 1) State of Maryland Tax by Certificate No ; 2) District of Columbia Sales Tax by Exemption No ; and 3) Manufacturer s Federal Excise Tax Registration No K. 5. Incorporation by Reference. All terms and conditions of the solicitation, and any amendments thereto, are made a part of this contract. 6. Specifications. All materials, equipment, supplies or services shall conform to federal and State laws and regulations and to the specifications contained in the solicitation. 7. Delivery and Acceptance. Delivery shall be made in accordance with the solicitation specifications. The University, in its sole discretion, may extend the time of performance for excusable delays due to unforeseeable causes beyond the Contractor s control. The University unilaterally may order in writing the suspension, delay, or interruption of performance hereunder. The University reserves the right to test any materials, equipment, supplies or services delivered to determine if the specifications have been met. The materials listed in the bid or proposal shall be delivered FOB the point or points specified prior to or on the date specified in the bid or proposal. Any material that is defective or fails to meet the terms of the solicitation specifications shall be rejected. Rejected material shall be promptly replaced. The University reserves the right to purchase replacement materials in the open market. Contractor failing to promptly replace materials lawfully rejected shall be liable for any excess price paid for the replacement, plus applicable expenses, if any. 8. Non-Hiring of Employees. No employee of the State, or any department, commission, agency or branch thereof whose duties such employee include matters relating to or affecting the subject matter of this contract shall, while so employed, become or be an employee of the party or parties hereby contracting with the State or any unit thereof. 9. Non-Discrimination in Employment. The Contractor agrees not to discriminate in any manner against an employee or applicant for employment because of race, color, religion, creed, age, sex, sexual orientation, marital status, national origin, ancestry, or physical or mental handicap unrelated in nature and extent so as reasonably to preclude the performance of such employment and to post and to cause subcontractors to post in conspicuous places available to employees and applicants for employment, notices setting forth the substance of this clause. 10. Financial Disclosure. The Contractor shall comply with State Finance and Procurement Article, , Annotated Code of Maryland, which requires that every business that enters into contracts, leases or other agreements with the State and receives in the aggregate $100,000 or more during calendar year shall, within 30 days of the time when the $100,000 is reached, file with the Secretary of State certain specified information to include disclosure of beneficial ownership of the business. 11. Political Contribution Disclosure. The Contractor shall comply with the provisions of Election Law through , Annotated Code of Maryland, which require that every person that enters into contracts, leases, or other agreements with the State of Maryland, or a political subdivision of the State, including its agencies, during a calendar year under which the person receives in the aggregate $100,000 or more, shall file with the State Administration Board of Election Laws, a statement disclosing contributions in excess of $500 made during the reporting period to a candidate for elective office in any primary or general election. 12. Anti-Bribery. The Contractor warrants that neither it nor any of its officers, directors, or partners nor any of its employees who are directly involved in obtaining or performing contracts with any public body has been convicted of bribery, attempted bribery, or conspiracy to bribe under the laws of any state or of the federal government or has engaged in conduct since July 1, 1977, which would constitute bribery, attempted bribery, or conspiracy to bribe under the laws of any state or the federal government. 13. Registration. Pursuant to et seq. of the Corporations and Associations Article of the Annotated Code of Maryland, corporations not incorporated in the State shall be registered with the State Department of Assessments and Taxation, 301 West Preston Street, Baltimore, Maryland 21201, before doing any interstate or foreign business in this State. Before doing any intrastate business in the State, a foreign corporation shall qualify with the Department of Assessments and Taxation. 14. Contingent Fees. The Contractor warrants that it has not employed or retained any person, partnership, corporation or other entity other than a bona fide employee or agent working for the Contractor, to solicit or secure this agreement, and that it has not paid or agreed to pay any person, partnership, corporation or other entity other than a bona fide employee or agent, any fee or any other consideration contingent on the making of this agreement. 15. EPA Compliance. Materials, supplies, equipment, or services shall comply in all respects with the Federal Noise Control Act of 1972 where applicable. 16. Occupational Safety and Health Act (O.S.H.A.). All materials, supplies, equipment or services supplied as a result of this contract shall comply with the applicable U.S. and Maryland Occupational Safety and Health Act standards. 17. Termination for Convenience. Upon written notice to the Contractor, the University may terminate this contract, in whole or in part, whenever the University shall determine that such termination is in the best interest of the University. The University shall pay all reasonable costs associated with the termination of the contract. However, the contractor may not be reimbursed for anticipatory profits. Termination hereunder, including the determination of rights and obligations of the parties, shall be governed by the provisions of the University System of Maryland Procurement Policies and Procedures.

8 PURCHASE ORDER TERMS & CONDITIONS (CONTINUED) 18. Termination for Default. When the contractor has not performed or has unsatisfactorily performed the contract, payment shall be withheld at the discretion of the University. Failure on the part of a Contractor to fulfill contractual obligations shall be considered just cause for termination of the contract and the Contractor is not entitled to recover any costs incurred by the Contractor up to the date of termination. Termination hereunder, including the determination of the rights and obligations of the parties, shall be governed by the provisions of the USM Procurement Policies and Procedures. 19. Disputes. This contract shall be subject to the USM Procurement Policies and Procedures. Pending resolution of the claim, the Contractor shall proceed diligently with the performance of the contract in accordance with the procurement officer s decision. 20. Changes. This contract may be amended only with the written consent of both parties. Amendments may not change significantly the scope of the contract (including the contract price). 21. Multi-Year Contracts Contingent Upon Appropriations. If the General Assembly or other funding source fails to appropriate funds or if funds are not otherwise made available for continued performance for any fiscal period of this Contract succeeding the first fiscal period, this Contract shall be canceled automatically as of the beginning of the fiscal year for which funds were not appropriated or otherwise made available; provided, however, that this will not affect either the University s rights or the Contractor s rights under any termination clause in this Contract. The effect of termination of the Contract hereunder will be to discharge both the Contractor and the University from future performance of the Contract, but not from their rights and obligations existing at the time of termination. The Contractor shall be reimbursed for the reasonable value of any nonrecurring costs incurred but not amortized in the price of the Contract. The University shall notify the Contractor as soon as it has knowledge that funds may not be available for the continuation of this Contract for each succeeding fiscal period beyond the first. 22. Intellectual Property. Contractor agrees to indemnify and save harmless the University, its officers, agents and employees with respect to any claim, action, cost or judgment for patent infringement, or trademark or copyright violation arising out of purchase or use of materials, supplies, equipment or services covered by this contract. 23. Contractor s Invoices. Contractor agrees to include on the face of all invoices billed to the University, the Purchase Order number and its Taxpayer Identification Number, which is the Social Security Number for individuals and sole proprietors and the Federal Employer Identification Number for all other types of organizations. 24. Pre-Existing Regulations. The regulations set forth in USM Procurement Policies and Procedures in effect on the date of execution of this Contract are applicable to this Contract. 25. Indemnification. The University shall not assume any obligation to indemnify, hold harmless or pay attorneys fee that may arise from or in anyway be associated with the performance or operation of this contract. 26. Conflicting Terms. Any proposal for terms in addition to or different from those set forth in this purchase order or any attempt by the Contractor to vary any of the terms of this offer by Contractor s acceptance shall not operate as a rejection of this offer, unless such variance is in the terms of the description, quantity, price or delivery schedule, but shall be deemed a material alteration thereof, and this offer shall be deemed acceptable by the Contractor without the additional or different terms. If this purchase order is an acceptance of a prior offer by the Contractor, the acceptance is expressly conditioned upon Contractor s assent to any additional or different terms contained herein. The Contractor understands and agrees that the terms and conditions of this purchase order may not be waived. 27. Drug and Alcohol Free Workplace. The contractor warrants that the contractor shall comply with COMAR Drug and Alcohol Free Workplace, and that the contractor shall remain in compliance throughout the term of this purchase order. 28. Retention of Records. The Contractor shall retain and maintain all records and documents relating to this Contract for three years after final payment by the University hereunder or any applicable statute of limitations, whichever is longer, and shall make them available for inspection and audit by authorized representatives of the University, including the procurement officer or designee, at all reasonable times. 29. Maryland Law Prevails. This Agreement shall be governed by and construed in accordance with the laws of the State of Maryland, without regard to its conflicts of law or choice of law principles. Any legal proceeding arising out of or relating to the Agreement shall be brought in and heard by the courts of the State of Maryland, and the parties voluntarily consent to the exclusive jurisdiction of the courts of this State for any such proceeding. Rev. 04/07/06

9 MANDATORY BID TERMS AND CONDITIONS 1. Confidentiality/Proprietary. Bidders/Offerors should give specific attention to the identification of those portions of their bids/proposals that they deem to be confidential, proprietary information or trade secrets and provide justification why such materials, upon request, should not be disclosed by the University under the Access to Public Records Act, State Government Article, Title 10, Subtitle 6, Annotated Code of Maryland. A statement in a header or footer on each page or contained in a preface or opening paragraph indicating that the entire bid or each page is deemed confidential is not adequate. Bidders/Proposers must clearly indicate each and every section that is deemed to be confidential, proprietary, or a trade secret. By submitting a response to this solicitation, the Bidder consents to release of all bid documents with the exception of those specific provisions that are noted confidential, proprietary or a trade secret as defined and set forth in the Access to Public Records Act, State Government Article, Title 10, Subtitle 6, Annotated Code of Maryland. 2. Bid Bond Notice. A bid bond is required for all construction contracts reasonably expected to exceed $100,000. All other solicitations on all University contracts in excess of $100,000 shall require, if so noted, the submission of bid security in an amount equal to at least 5 percent of the total amount of bid, at the time bid is submitted. If a contractor fails to accompany its bid with the required bid security, the bid shall be determined nonresponsive. 3. Minority Business Enterprise Participation. Minority Business Enterprises are encouraged to respond to this solicitation. If so noted in the specifications that an MBE subcontract participation goal has been established by this procurement, by submitting a response to this solicitation, the bidder agrees that the established amount of the contract will be performed by minority business enterprises. 4. Arrearages. By submitting a response to the solicitation, a vendor shall be deemed to represent that it is not in arrears in the payment of any obligation due and owing the State of Maryland, including the payment of taxes and employee benefits, and that it shall not become so in arrears during the term of the contract if selected for contract award. 5. Bid/Proposal Affidavit. The attached Bid/Proposal Affidavit must be signed and returned with all bids. Bids returned without a signed affidavit shall be deemed non-responsive. 6. Acknowledgments. The Bidder must acknowledge in writing the receipt of all amendments, addenda, and changes issued concerning this solicitation. 7. Reservations of Rights. This solicitation implies no obligation on the part of the University. The University reserves the right to increase or decrease the quantities of any materials, equipment, supplies or services. The University reserves the right to award by item, groups or items, or total bid and to waive any technical or minor irregularities. 8. Bid Validation and Rejection. The unit price shall be considered as the price bid. Separate unit prices shall be submitted for each item: extensions shall be indicated where applicable and total bid price shown when requested. In the event of a discrepancy between unit price and total, unit price shall prevail. Bids may be modified or withdrawn by written notice prior to the time and date set for opening. The University reserves the right to accept or reject any and all bids in part. Unless otherwise provided in this solicitation, bid prices are irrevocable for a period of 90 days following bid opening. 9. Small Business Set-Aside. In accordance with COMAR B, the University shall give 5% bid preference or a predetermined percentage preference to reflect different industry characteristics for a small business set-aside. 10. Terms. Prompt payment discounts offered for payment within less than 30 calendar days will not be considered in evaluation offers for award. However, offered discounts of less than 30 days will be taken if payment is made within the discount period, even though not considered in the evaluation for award. 11. Discounts. Discount time will be computed from the date of your delivery to the carries when F.O.B. is shipping point or from the date of delivery at destination when F.O.B. point is destination, or from date corrected invoice is received in the Accounts Payable Office when such invoice was necessary. Payment is deemed to be made for the purposes of earning the discount, as of the date appearing on the check. 12. Sales and Use Tax License. By submitting a response to this solicitation (if it involves the sale of personal property to the University), the Bidder/Offeror certifies that it possesses a valid sale and use tax license. 13. Routing. All material must be forwarded by the route taking the lowest transportation rate or in accordance with special shipping instructions; otherwise the difference in freight rate and extra cost of cartage will be changed to your account. 14. Samples. The University reserves the right to request and be furnished samples at no expense to the University, prior to or after the award, for the purpose of quality and specification evaluation. Samples shall be returned, upon request, at the Contractor=s expense. The University does not guarantee that samples returned will be in the same condition as submitted. 15. Submittal of Terms and Conditions. The Purchase Order issued by the University shall constitute the contract between the parties. Terms and conditions submitted by a bidder after solicitation closing date shall not be accepted. Any proposed terms and conditions, including any for contracts which the bidder proposes to use, shall be submitted by the solicitation closing date as a part of the bid. Any proposal for terms in addition to or different from those set forth in this bid or any attempt by the Contractor to vary any of the items of this bid by contractor=s acceptance shall not operate as a rejection of this bid, unless such variance is in the terms of the description, quantity, price or delivery schedule but shall be deemed a material alteration thereof, and this bid shall be deemed acceptable by the Contractor without the additional or different terms. 16. Reciprocity. A preference under this section shall be identical to the preference that the other state gives to its residents. When the State of Maryland uses competitive sealed bidding to award a procurement contract, the state may give a preference to the resident bidder who submits the lowest responsive bid if: 1) the resident bidder is a responsible bidder; 2) a responsible bidder whose principle office is in another state submits the lowest responsive bid.; 3) the other state gives a preference to its residents; and 4) a preference does not conflict with a federal law or grant affecting the procurement contract. A preference includes a percentage preference, an employee residency requirement or any other provision that favors a resident over a non-resident. A resident bidder is a bidder whose principle office is located in the state. In accordance with state law, state finance & procurement article A non-resident bidder submitting a bid/proposal for a state project shall attach to the bid/proposal a copy of the current statute, resolution, policy, procedure, or executive order of the resident state of the non-resident bidder that pertains to that state s treatment of nonresident bidders. 17. Cancellation Policy. The University may cancel this solicitation, in whole or in part, for any reason.

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON: 01/24/14 THURSDAY, FEBRUARY 13, 2014

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON: 01/24/14 THURSDAY, FEBRUARY 13, 2014 RETURN BID TO: THE UNIVERSITY OF MARYLAND BALTIMORE COUNTY DEPARTMENT OF PROCUREMENT 1000 HILLTOP CIRCLE, RM 301, ADMIN. BLDG. BALTIMORE, MD 21250 REQUEST TO BID No. BC-20909-R Mallela Ralliford: 410-455-2071

More information

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON:

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON: RETURN BID TO: THE UNIVERSITY OF MARYLAND BALTIMORE COUNTY DEPARTMENT OF PROCUREMENT 1000 HILLTOP CIRCLE, RM 301, ADMIN. BLDG. BALTIMORE, MD 21250 REQUEST TO BID No. BC-20915-R Mallela Ralliford: 410-455-2071

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

Dickinson College Purchase Order Terms and Conditions

Dickinson College Purchase Order Terms and Conditions Dickinson College Purchase Order Terms and Conditions Policy/Procedure This policy covers: A. Introduction B. Terms and Conditions A. Introduction Financial Operations does not require the use of a purchase

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE: KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS 66104 WEB SITE: WWW.KCKPS.ORG/PURCHASING PORCELAIN WHITEBOARDS WITH ALUMINUM FRAMES BID NO:

More information

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions Policy/Procedure Financial Operations does not require the use of a Purchase Order (PO) to procure goods or services through the Banner system. However, departments

More information

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT Sealed proposals, addressed to the Supervisor of Purchases, City of Middletown, Room 112, Municipal Building, Middletown, Connecticut, 06457 will be received

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

SMALL PROCUREMENT SOLICITATION FOR ACTUARIAL SERVICES, ITB #ACT

SMALL PROCUREMENT SOLICITATION FOR ACTUARIAL SERVICES, ITB #ACT April 9, 2014 Summary Statement: SMALL PROCUREMENT SOLICITATION FOR ACTUARIAL SERVICES, ITB #ACT-04092014 The purpose of this small procurement solicitation is to select an actuary to provide actuarial

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

ENTERTAINMENT CONTRACT TOWSON UNIVERSITY. Date: Name of Artist (and address, if not represented by Agent), hereinafter Artist :

ENTERTAINMENT CONTRACT TOWSON UNIVERSITY. Date: Name of Artist (and address, if not represented by Agent), hereinafter Artist : ENTERTAINMENT CONTRACT TOWSON UNIVERSITY Date: Department: Name of Artist (and address, if not represented by Agent), hereinafter Artist : Name, Address and U.W. Federal tax identification number of Authorized

More information

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,

More information

Task Order Request for Proposals for Release Under Contract UB-12-B-19

Task Order Request for Proposals for Release Under Contract UB-12-B-19 Task Order Request for Proposals for Release Under Contract UB-12-B-19 Issued By: [agency name, address and contact] TORP Number: Date Issued: Proposal Due Date and Time: date at time PM To: Period of

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE This Purchase Order ( PO ) constitutes a binding contract between the Vendor and Tyler Independent School District (

More information

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 Wilmington, NC 28403 Telephone: (910) 798-7187 Fax: (910) 798-7806 Lisa Wurtzbacher, CPA Chief Financial Officer Barbara D. McClure,

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

Solicitation No F Contract No. XXXX University of Maryland ARTWORK CONTRACT

Solicitation No F Contract No. XXXX University of Maryland ARTWORK CONTRACT Solicitation No. 61614-F Contract No. XXXX University of Maryland ARTWORK CONTRACT This Artwork Contract is entered into between (hereinafter referred to as the Contractor ), party of the first part; and,

More information

STANDARD TERMS AND CONDITIONS OF MLI-ISSUED PURCHASE ORDER

STANDARD TERMS AND CONDITIONS OF MLI-ISSUED PURCHASE ORDER Page 1 of 7 STANDARD TERMS AND CONDITIONS OF MLI-ISSUED PURCHASE ORDER This purchase order ( PO ), which includes the following standard terms and conditions along with any specific terms and provisions,

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

a. Article(s) Goods and/or services described on the face of the Purchase Order

a. Article(s) Goods and/or services described on the face of the Purchase Order TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305) Visit our website for business opportunities at: www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER 14537 Show this number on all packages, invoices, and shipping papers. Page No. City of Miami

More information

SERVICE AGREEMENT CONTRACT NO.

SERVICE AGREEMENT CONTRACT NO. SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES

More information

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. AGREEMENT made as of the day of, 201. BETWEEN the Owner:

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

PURCHASE ORDER TERMS & CONDITIONS

PURCHASE ORDER TERMS & CONDITIONS 1. DEFINITIONS: District: Vendor: Order: PURCHASE ORDER TERMS & CONDITIONS Sierra Joint Community College District Person, firm or corporation supplying the goods or services under the Order and includes

More information

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE ) BID DOCUMENT CITY OF BEVERLY HILLS PUBLIC WORKS DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed bids are requested on the list of materials, supplies,

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

Proposal packets are available online at   or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA REQUEST FOR PROPOSALS HVAC IMPROVEMENT PROJECT Sealed Proposals for the removal and replacement of the existing HVAC system at the Snohomish Health District to be completed by July 22, 2019 must be mailed

More information

NUTANIX 1450 SERVER AND SUPPORT

NUTANIX 1450 SERVER AND SUPPORT INVITATION FOR BIDS (IFB) 5-3147 NUTANIX 1450 SERVER AND SUPPORT ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 (714) 560-6282 Key IFB Dates Issue Date:

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any

More information

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

More information

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS These terms and conditions apply to the order set forth above (the ORDER ) between SUPPLIER and BUYER (individually PARTY; collectively PARTIES ) relating to the goods/services (individually

More information

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company This Purchase Order is between Anthem, Inc., on behalf of itself and its affiliates (individually and collectively, "Anthem"), and Supplier. The parties agree as follows: 1. Deliverables and Price. All

More information

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal Tire Disposal Lincoln County Solid Waste RFP #2015-0709 Tire Disposal 1. Introduction 1.1. Lincoln County Solid Waste is seeking proposals from qualified Contractors interested in providing a minimum of

More information

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

MPS TERMS AND CONDITIONS FOR BIDS

MPS TERMS AND CONDITIONS FOR BIDS MPS TERMS AND CONDITIONS FOR BIDS Scope These terms and conditions shall apply to any and all award(s) resulting from a formal bid, except as follows: In the event of a conflict between these terms and

More information

Atlantis Industries Corporation Terms and Conditions

Atlantis Industries Corporation Terms and Conditions Atlantis Industries Corporation Terms and Conditions 1. ACCEPTANCE OF PURCHASE ORDER ATLANTIS INDUSTRIES CORPORATION (BUYER) OFFERS TO PURCHASE THE MATERIALS OR SERVICES DESCRIBED HEREIN ONLY UPON THE

More information

AUGUSTA COUNTY SERVICE AUTHORITY

AUGUSTA COUNTY SERVICE AUTHORITY AUGUSTA COUNTY SERVICE AUTHORITY 18 Government Center Lane P. O. Box 859 Verona, Virginia 24482-0859 REQUEST FOR SEALED BIDS Ductile Iron Pipe and Fittings ITB No. 1756 Issue Date: February 13, 2018 Sealed

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington

More information

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES 1. General Terms: These General Terms and Conditions shall apply to and be incorporated by this reference in all

More information

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS INVITATION FOR BID B0003792 Purchasing Department 3221 McKelvey Road Bridgeton, MO 63044 SPECIFICATIONS FOR WINDOW TREATMENTS FOR ADDITIONAL INFORMATION, CONTACT: Cynthia Green, Assistant Controller Phone:

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

Transurban Standard Terms and Conditions

Transurban Standard Terms and Conditions Transurban Standard Terms and Conditions 1. General. 1.1 In the absence of an existing written contract between the parties in effect as of the Purchase Order date for the particular goods or services

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

SUPPLIER - TERMS AND CONDITIONS Materials and Goods SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed

More information

Request for Proposal Public Warning Siren System April 8, 2014

Request for Proposal Public Warning Siren System April 8, 2014 Request for Proposal Public Warning Siren System April 8, 2014 THE CITY OF MARTINSVILLE wishes to extend an invitation to all qualified contractors to submit a proposal/s for providing a complete siren

More information

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS 1. PERFORMANCE AND DEFAULT: If, through any cause, Vendor shall fail to fulfill in timely and proper manner the obligations under this contract, the

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST PUR421 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 2013 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

Purchase Order Terms and Conditions Commercial Contracts

Purchase Order Terms and Conditions Commercial Contracts 1. ACCEPTANCE: Purchase Order Terms and Conditions This purchase order represents Company's offer to purchase the goods or services ordered strictly in accordance with its stated terms and conditions.

More information

PURCHASE OF REFURBISHED CENTRAL PLANT COOLING TOWER

PURCHASE OF REFURBISHED CENTRAL PLANT COOLING TOWER PURCHASE OF REFURBISHED CENTRAL PLANT COOLING TOWER Request for Bid Bid No. 3189 DUE: March 28, 2018 at 2:00pm Note: If you do not wish to bid, please return this cover sheet marked "NO BID;" otherwise

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting

More information

INVITATION FOR BID VENDOR: BID OPENING:

INVITATION FOR BID VENDOR: BID OPENING: Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Airport Traffic Control Tower Shades Airport VENDOR: NAME: ADDRESS:

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

Human Services Building Roof Project (4 flat roofs)

Human Services Building Roof Project (4 flat roofs) Request for Proposal Human Services Building Roof Project (4 flat roofs) The Lincoln County Maintenance Department is seeking to contract with an individual or entity to reroof four (4) flat roofs located

More information

REQUEST FOR QUOTE # 16471

REQUEST FOR QUOTE # 16471 REQUEST FOR QUOTE # 16471 RFQ # 16471 Quotation Due By: Bid Due Time: 12/13/2013 10:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX: REPLY

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

INVITATION FOR BID VENDOR: BID OPENING:

INVITATION FOR BID VENDOR: BID OPENING: Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Crushed Aggregate Products Public Works Roads Division VENDOR: NAME:

More information

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

Deluxe Corporation Purchase Terms and Conditions

Deluxe Corporation Purchase Terms and Conditions Deluxe Corporation Purchase Terms and Conditions The following standard purchase terms and conditions only apply to purchasing transactions (including but not limited to purchase orders) that do not have

More information

The Hotel Roanoke & Conference Center Invitation for Bid

The Hotel Roanoke & Conference Center Invitation for Bid The Hotel Roanoke & Conference Center Invitation for Bid Date: September 27, 2017 Bid Name: IFB-18-12 Rebuild Chiller #2 Legal Name of Bidder: Bid Opening Date: Wednesday, November 15, 2017 Bid Opening

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT Attachment C New York State Energy Research and Development Authority ( NYSERDA ) 1. Agreement Number: 2. Subgrantee: 3. Project Contact: 4. Effective Date: _/ /2016 5. Total Amount of Award: $ 6. Project

More information

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 1. ORDER APPLICABILITY AND ACCEPTANCE. (A) This purchase order is an offer by Micromedics (dba Nordson MEDICAL ) for the

More information

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35

More information

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

More information

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS 1. PURCHASE ORDER DEFINED: The term "purchase order" as used in these terms and conditions means the document entitled "Purchase

More information

INVITATION TO BID Install Spray Foam Polyurethane Roof

INVITATION TO BID Install Spray Foam Polyurethane Roof November 7, 2016 RFP-1617-404 INVITATION TO BID Install Spray Foam Polyurethane Roof The Danville Public Schools Maintenance Department is requesting sealed bids for furnish and install Polyurethane Seamless

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

BID PACKAGE LEGAL NOTICE - BIDS WANTED. Water Well and Pump Related Maintenance and Repair Services GENERAL INFORMATION AND INSTRUCTION

BID PACKAGE LEGAL NOTICE - BIDS WANTED. Water Well and Pump Related Maintenance and Repair Services GENERAL INFORMATION AND INSTRUCTION BID PACKAGE CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 (310) 285-2440 LEGAL NOTICE - BIDS WANTED Water Well and Pump Related Maintenance and Repair

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap INVITATION FOR BID B0003736 Purchasing Department 3221 McKelvey Rd Bridgeton, MO 63044 SPECIFICATIONS FOR Trailer Graphic Wrap FOR ADDITIONAL INFORMATION, CONTACT: KeJuan Torrence, Buyer Phone: (314) 539

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional engineering firms

More information

CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID. Revised bid per addendum # 1

CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID. Revised bid per addendum # 1 CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID Revised bid per addendum # 1 The City of Charlotte ( City ) hereby invites informal bids for the following project (the Project ) at Charlotte

More information